Search Contract Opportunities

FY25 Yaquina Overhaul   3

ID: W9127N24B0012 • Type: Presolicitation

Description

Posted: June 26, 2024, 9:50 a.m. EDT

DRAFT Solicitation attached for industry viewing.

The U.S. Army Corps of Engineers (USACE), Portland District, intends to award a firm fixed price Job Order under a Master Ship and Repair Agreement (MSRA) for overhaul, maintenance, and repair to the Dredge Yaquina.

Major work items that may be associated with the overhaul and dry docking can be found at the bottom of this announcement. The list is not totally inclusive of all items. All overhaul work shall be performed at the Contractor's facility. The Government will deliver the vessel to the contractor facility. Upon completion of the overhaul, the USACE personnel will conduct and pass dock and sea trials prior to delivery and acceptance of the vessel back to the Government.

USACE YAQUINA is a trailing arm suction Hopper Dredge built in 1984. It has the following characteristics:

Length Overall 200 Feet

Length between perpendiculars 188 Feet

Beam Molded 58 Feet

Beam Overall (With Drag Arms Lowered) 70 Feet

Registered Gross Tonnage 2,001 Long Tons

Normal Light, Draft Forward 6'-7"

Normal Light, Draft Aft 10'-3"

Class ABS Loadline

The period of performance is expected to start August 2024 and last through February 2025. The shipyard availability is anticipated to go from December 2024 through February 2025 with a sixty (60) day drydock period during this availability. Optional items (tasks) will be included in this job order and the period of performance for these items will be concurrent with the above period of performance.

The American Bureaus of Shipping International Load Line Certificate will be endorsed during this availability. The Drydock Examination, Internal Structural Review and the Annual Inspection for renewal of the U.S. Coast Guard Certificate of Inspection will be performed during this availability.

Prospective contractors must have, or be capable of, entering into a MSRA with USACE, Portland District. Every prospective contractor that wishes to be considered for the award of the job order under this solicitation must hold a MSRA for overhaul of the YAQUINA with USACE, Portland District. If a prospective contractor wishes to submit a bid for this job order and has not already entered into a MSRA for overhaul of the YAQUINA with Portland District, then the following procedures shall be followed:

1. The prospective contractor shall submit a capabilities package in accordance with the sources sought notice titled USACE; Portland District Dredge Vessel MSRA posted on beta.sam.gov under W9127N24B0012. The capabilities package shall be received by Portland District no later than the time identified within the Sources Sought.

2. If there are any questions regarding the MSRA for overhaul of the YAQUINA or the procedures to submit a capabilities package for consideration for the award of a MSRA, please contact Mr. Ian Lutjens at ian.k.lutjens@usace.army.mil and Mr. Brandon Lasich at brandon.m.lasich@usace.army.mil. The area of consideration for award is limited to Alaska, California, Oregon, and Washington. Contractors outside of this area will not be considered.

A mandatory pre-bid site visit will be required as part of the solicitation. The anticipated dates for the site visits will be advertised in the solicitation. Final site visit information will be included in the solicitation. To schedule a site visit, please contact Mr. Ian Lutjens at ian.k.lutjens@usace.army.mil and Mr. Brandon Lasich at brandon.m.lasich@usace.army.mil.

The job order award will not be considered commercial in nature. Award will be made as a whole to one Offeror. The acquisition will be solicited using the procurement process prescribed in Part 14, Sealed Bidding, of the Federal Acquisition Regulations (FAR).

Award will not be made to any company that does not have a MSRA in place that meets the qualification requirements found in the sources sought announcement above.

A location differential will be added to total price/cost of bids for all locations in excess of 300 Nautical Miles (NM) from the Yaquina's home base location (Portland, OR). The method of calculation will include using the General Services Administration (GSA) standard rates for travel and per diem for personnel who will not be at their home base location combined with the cost of ship travel to location.

This full and open solicitation will be issued in electronic format only. Paper copies of this solicitation will not be available. Other methods of requesting a package will not be honored. This solicitation is anticipated to be available approximately June 29, 2024 under Solicitation Number W9127N24B0012. NOTE: The Response Date referenced in this notice does not refer to the BID DUE DATE. Information on the BID DUE DATE will be stated in the solicitation. Any prospective Offeror must first register in the System for Award Management (SAM) at www.sam.gov. After completing SAM registration, interested Contractors and their Subcontractors must then register at https://www.beta.sam.gov in order to obtain solicitation documents, plans and specifications for this solicitation. It is the contractor's responsibility to monitor beta.sam.gov for any amendments.

The NAICS Code is 336611; PSC Code J999.

The Point of Contact for small business questions or assistance is the Portland District Small Business Specialist, Carol McIntyre, 503-808-4602 or carol.a.mcintyre@usace.army.mil.

Major Items included are as follows, but are not limited to:

Transportation

Tug Services

Crane Services

Connection/Disconnection of Services

Field Office

Parking

Drydock Lift and Lay Days

Wet Berth

Electricity

Steam

Marine Chemist Certificates

Fire Suppression Services

Bilge Maintenance

Lower Hull - Zinc Coat

Coatings Upper and Lower Hull - Anti Corrosive Coat

Coatings Upper and Lower Hull - Final Coat

Coatings Lower Hull - Anti Foulant Coat

Irathane 155 Urethane Coating

Hull Degreasing

Hull Fire Hose Washing

Hull 10,000 PSI Water Washing

Hull Zinc Anode Renewal

Sluice Valve Replacement/Overhaul

Hopper Jetting Gate Valve

Main Sea Strainer Repairs

Drag Wire Replacement

Purchase Drag Wires

Dragarm Sheave Inspection

Discharge Piping Inspection

Hopper Jetting System Cleaning

Weir Seal Replacement

Hopper Inspection Staging

Tower Staging

Propeller Blade Inspection/Replacement

Propeller Hub Replacement

Tailshaft Replacement

Stern Tube Shaft Seal Replacement

Bow Thruster - Lower Gearbox LGB/Pod Change Out

ABS Support

Audio Gauge Reading

Elevator Inspection and Repair

Anchor Chain Locker Reconditioning

Life Raft Annual Service

Sludge Tank Annual Maintenance

Strut and Stern Tube Bearing Inspection

Rudder Bushing Clearance Documentation

Dock and Sea Trials

Posted: June 12, 2024, 12:03 p.m. EDT
Background
The U.S. Army Corps of Engineers (USACE), Portland District, intends to award a firm fixed price Job Order under a Master Ship and Repair Agreement (MSRA) for overhaul, maintenance, and repair to the Dredge Yaquina. The USACE YAQUINA is a trailing arm suction Hopper Dredge built in 1984 with specific characteristics.

Work Details
The major work items associated with the overhaul and dry docking include transportation, tug services, crane services, connection/disconnection of services, field office, parking, drydock lift and lay days, wet berth, electricity, steam, marine chemist certificates, fire suppression services, bilge maintenance, coatings upper and lower hull, hull degreasing, hull fire hose washing, hull 10,000 PSI water washing, propeller blade inspection/replacement, tailshaft replacement, bow thruster - lower gearbox LGB/pod change out and more.

The shipyard availability is anticipated to go from December 2024 through February 2025 with a sixty (60) day drydock period during this availability. Optional items (tasks) will be included in this job order and the period of performance for these items will be concurrent with the above period of performance.

Period of Performance
August 2024 - February 2025

Place of Performance
The work shall be performed at the Contractor's facility. The vessel will be delivered to the contractor facility by the Government.

Overview

Response Deadline
July 5, 2024, 3:00 p.m. EDT (original: June 29, 2024, 3:00 p.m. EDT) Past Due
Posted
June 12, 2024, 12:03 p.m. EDT (updated: June 26, 2024, 9:50 a.m. EDT)
Set Aside
None
Place of Performance
United States
Source
SAM

Current SBA Size Standard
1300 Employees
Pricing
Fixed Price
Est. Level of Competition
Average
Odds of Award
82%
On 6/12/24 USACE Portland District issued Presolicitation W9127N24B0012 for FY25 Yaquina Overhaul due 7/5/24. The opportunity was issued full & open with NAICS 336611 and PSC J999.
Primary Contact
Name
Ian Lutjens   Profile
Phone
(503) 808-4434

Secondary Contact

Name
Brandon Lasich   Profile
Phone
(503) 808-4637

Documents

Posted documents for Presolicitation W9127N24B0012

Question & Answer

Opportunity Lifecycle

Procurement notices related to Presolicitation W9127N24B0012

Award Notifications

Agency published notification of awards for Presolicitation W9127N24B0012

Contract Awards

Prime contracts awarded through Presolicitation W9127N24B0012

Incumbent or Similar Awards

Contracts Similar to Presolicitation W9127N24B0012

Potential Bidders and Partners

Awardees that have won contracts similar to Presolicitation W9127N24B0012

Similar Active Opportunities

Open contract opportunities similar to Presolicitation W9127N24B0012

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE ARMY > USACE > NWD > US ARMY ENGINEER DISTRICT PORTLAND
FPDS Organization Code
2100-W9127N
Source Organization Code
100255230
Last Updated
July 21, 2024
Last Updated By
ian.k.lutjens@usace.army.mil
Archive Date
July 20, 2024